Mark ThomasPROPOSAL FORBRIDGE PREVENTATIVE MAINTENANCE PROGRAM PLAN CITY PROJECT NO. 2023-33
JULY 7TH, 2025
City of La Quinta
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 2
[ Replace with picture(s) ]
CONTENTS
Cover Letter 3
About Mark Thomas 1
Previous Experience 3
The Mark Thomas Team 5
Project Understanding and Approach 7
Scope of Services 12
Project Schedule 16
Disclosures 17
DBE Commitment F-1
Acknowledgment of Insurance Requirements F-5
Non-Collusion Affidavit F-6
Acknowledgment of Addenda F-9
Appendix - Resumes A-1
(909) 291-7246
4200 CONCOURS STREET, SUITE 330
ONTARIO, CA 91764 MARKTHOMAS.COM
September 15, 2025 Carley Escarrega Administrative Technician, Public Works Department City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253
Dear Ms. Escarrega:
Mark Thomas understands that the City of La Quinta (City) seeks proposals from qualified Professional Engineering Consultants to prepare the plans, specifications and engineer’s estimate (PS&E) for Bridge Preventative Maintenance Program Plan, Federal Project No. BPMP-5433(022), City Project No. 2023-33. Mark Thomas is that team. Our goal is to provide the best service possible to deliver quality projects that enhance our community. Our project management and technical design approach is focused on delivering these projects on time and within budget, maximizing the funding available for these projects. What sets our team apart from other firms is our experience, our reputation, and our quality of services as shown below:
In-Depth Knowledge of Bridge Preventative Maintenance Program (BPMP) and Highway Bridge Program (HBP) Projects. Our firm has a wealth of knowledge in providing engineering and design services for bridge replacement projects. We have extensive knowledge of the BPMP/HBP process and have taken nearly 100 bridges through the BPMP and 55 bridges through the HBP process. We are experienced in inspecting and evaluating bridges, developing prioritized maintenance plans, managing environmental approvals and permits, and designing plans, specifications and estimates (PS&E) for city and county bridge programs. Our BPMP projects include projects for the Cites of Rancho Santa Margarita, Citrus Heights, Roseville, Rocklin, and Stanislaus County. Mark Thomas offers the City our in-depth understanding of the process, requirements, and challenges specific to these types of projects. Our team is currently working on the City of La Quinta’s Avenue 50 Bridge Replacement project which has allowed us to build relationships with the City and key stakeholders.
Experienced Team with In-depth Knowledge Gained by Partnering with the City of La Quinta. Over the past 17 years, Mark Thomas has cultivated an extensive knowledge of the City’s standard processes and procedures allowing our team to work as an extension of the City. We are continuing our services with project manager (PM) Lynn Odgiiv, SE and structures lead Jon Sampson, SE. Our traffic control lead Ricky Chan, PE, TE, PTOE will help ensure that all deliverables are complete, accurate, and meet the City’s expectations and standards. Lynn will also be supported by a team of in-house experts who are familiar with the City and have worked on similar projects. She will also be supported by specialized subconsultants, Earth Mechanics, Inc. (EMI) for geotechnical services and GPA for environmental permitting.
An Outstanding Reputation. Mark Thomas has been successfully delivering bridge preventative maintenance, new bridges, and bridge replacements and rehabilitations, ranging from rural creek crossings and pedestrian bridges to arterial grade separations and freeway overcrossings, for various agencies across the state. We are experienced in the design of cast-in-place concrete, precast concrete, and steel structures. Our team brings an unmatched understanding of new bridge design and bridge replacements and widenings over roads, railroads, and waterways; bridge feasibility studies; preparation of Bridge Type Selection Reports; and the intricacies of the BPMP/HBP project delivery process.
As an Associate Principal of Mark Thomas, I am authorized to negotiate and contractually bind the firm. We certify that our proposal information and pricing provided is valid for at least 90 days, and that individuals performing work for the City are free of any conflict of interest. If you have any questions about our proposal, please contact Lynn directly at the address located at the footer of this page, by phone at (773) 837-0511 or via e-mail at lodgiiv@markthomas.com. We look forward to continuing our working relationship with the City, and successfully delivering the five BPMP projects under this contract.
Sincerely, MARK THOMAS & COMPANY, INC.
Pat Somerville, PE Lynn Odgiiv, SE Associate Principal + Division Manager Project Manager
COVER LETTER
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 1
Mark Thomas is built on providing sound and innovative engineering solutions, and highly-responsive customer service for site development, public works, and local infrastructure improvements. We are knowledgeable of design standards for transportation projects and facilities. We employ a multi-disciplinary approach on projects, incorporating technical discipline coordination, resources and permitting agencies, public outreach, and approvals through local and federal agencies.
Mark Thomas was incorporated in June of 1959 in the state of California. We have been providing design services for 98 years. Our taxpayer identification number is: 94-1451490.
CAPABILITY AND EXPERIENCE
Mark Thomas has more than 450 team members with a depth of disciplines needed to support the City. This demonstrates that we have the resources and availability to successfully deliver a wide range of work directives, separately or concurrently whether they require a multi-disciplinary team or a single subject matter expert. Our team features redundancies to make certain we can deliver all disciplines needed and can meet any project’s demands.
STRUCTURES/BRIDGES DESIGN EXPERTISE
Mark Thomas has 40 staff in our structures group ready to support the City. Our team has extensive experience delivering new bridges, and bridge replacements and rehabilitations, ranging from rural creek crossings and pedestrian bridges to arterial grade separations and freeway overcrossings. We are experienced in the design of cast-in-place concrete, precast concrete, and steel structures. Our team brings an unmatched understanding of new bridge design and bridge replacements and widenings over roads, railroads, and waterways; bridge feasibility studies; preparation of Bridge Type Selection Reports; and the BPMP project delivery process. We have designed bridge replacements and rehabilitations through the HBP and BPMP for local agencies. Our staff is knowledgeable on the current bridge design codes including AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications and Caltrans Seismic Design Criteria (SDC) 2.0; and Caltrans bridge manuals. We are also intimately familiar with the Local Assistance Procedures Manual (LAPM) & Local Assistance Program Guidelines (LAPG); CEQA and NEPA documentation requirements; and state and federal funding requirements.
We have provided similar BPMP projects statewode for the City of Rancho Santa Margarita and Stanislaus County, City of Roseville, Rocklin, Citrus Heights, and Petaluma, Sacramento Regional Transit District (SacRT), and the Counties of Sacramento.
Familiarity with State and Federal Procedures
Mark Thomas understands that the City anticipates multiple funding sources may be used for work performed under these contracts. When federal funds are utilized, the City’s established DBE goal will be 13% or as specified in the project’s individual task order. This will be achieved with the DBE subconsultants that we have selected for our team. We are familiar with the guidelines and instructions published in the LAPM and LAPG that must be followed by local agencies in order to obtain funding of local public transportation projects. These funding programs include the Highway Bridge Program (HBP), Active Transportation Program (ATP), Highway Safety Improvement Program (HSIP), Congestion Mitigation and Air Quality (CMAQ) program, and Surface Transportation Block Grant (STBG) program – all of which we have experience with. Through our experience working for local agencies on Caltrans/FHWA-funded projects, Mark Thomas has developed a thorough understanding of the regulations and requirements outlined in the LAPM. This collection of guidelines and instructions must be followed to obtain funding for public transportation projects. These guidelines require compliance with federal and/or state laws, regulations, policies and procedures, related to design, right-of-way acquisition, utility relocation, construction and maintenance. We will leverage our in-depth understanding of the BPMP process to deliver these projects on time and on budget with the added value of funding support guidance as needed.
The key element is maintaining an open line of communication with the Caltrans Local Assistance Representative, by accurately designing these projects to match the funding description, representing the project construction costs, and completing all the documentation required for approval. With every aspect of our coordination, we will maintain that line of communication with Caltrans Local Assistance staff. In working with the Division of Local Assistance and City staff, we will identify the limits of Participating Funding Agreements (PFA), project construction costs (to determine the maximum funding amount), and complete the documentation required for approval.
98Years of Experience
100
Employee Owned
%>6k
Projects Delivered
11
Offices Statewide
450
Employees
#8
ENR Top CA Design Firm
ABOUT MARK THOMAS
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 2
Quality Assurance Program
Mark Thomas is committed to delivering quality products that meet the City’s expectations. For each project, we develop a project-specific Quality Management Plan (QMP) that will guide the quality review process. We leverage our firm-wide Quality Management System (QMS) that provides the tools necessary to help ensure quality deliverables. The QMP/QMS stipulate the deliverables and schedules for the various levels of quality control reviews to be conducted throughout each project. Our project managers perform ongoing reviews as each project develops and Quality Control Reviews/Accuracy Checks are conducted for every completed work product. Before delivering to the client, fresh eyes are provided by Independent Technical Reviews which are conducted by those who are knowledgeable but not involved in the day-to-day project development. Interdisciplinary reviews are conducted on projects that bring together multiple disciplines to verify their integration.
Efficient Delivery of Services
Our project managers take proactive approaches for planning project activities, looking ahead and closely analyzing all aspects of these projects to track tasks critical to achieving each milestone. A risk matrix is developed that identifies the risks that may impact the project schedule which are then mitigated by advancing early activities where possible so that there are no surprises later in design. Our strategy for keeping projects on schedule is simple, track the action items, and communicate early and often with regard to key milestones and progress.
WORKING HISTORY WITH THE CITY
Mark Thomas has been working with the City on the Avenue 50 Bridge Replacement Project. Our team has developed strong relationships with City staff through working closely with them on this important project. Our team is invested in the Coachella Valley region and we are committed to the success of these projects.
CAPACITY AND AVAILABILITY
Mark Thomas utilizes a lookahead plan which allows us to properly allocate resources to current and potential future projects to submit high-quality deliverables on time. If unforeseen circumstances arise, we have the technology and experience to share work among our more than 150 engineers and technicians statewide. Our dedicated high-speed networking systems allow seamless sharing of project information between offices, subconsultants, and clients. Utilizing these resources and other communication tools, we are able to undertake jobs small and large and complete them effectively and efficiently.
PROJECT MANAGEMENT PLAN PROJECT QUALITY PLAN
ACCURATE DELIVERABLES
PROJECT ENGINEERPROJECT ENGINEER Ongoing Reviews &Ongoing Reviews &
Guidance During DevelopmentGuidance During Development
Quality & Accuracy ChecksQuality & Accuracy Checks
Consistency & ComplianceConsistency & CompliancePROJECT MANAGERPROJECT MANAGER
Independent ReviewsIndependent ReviewsTECHNICAL SPECIALISTSTECHNICAL SPECIALISTS
Interdisciplinary ReviewsInterdisciplinary Reviews
Constructability ReviewsConstructability Reviews
DISCIPLINE LEADS /DISCIPLINE LEADS /
CONSTRUCTION MANAGERCONSTRUCTION MANAGER
OUR TEAM PROVIDES THE CITY WITH THE FOLLOWING BENEFITS:
»Experienced in designing new bridges, bridge replacements, BPMP, and HPB bridge design
»Thorough understanding of the National Bridge Inspection Standards (NBIS) and the Bridge Inspector’s Reference Manual (BIRM)
»Highly qualified and experienced bridge inspectors who have more than two decades of experience inspecting and evaluating bridges
»Knowledge of Caltrans Bridge Design Manual and Standards, AASHTO Load and Resistance Factor Design standard
ü
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 3
ANTONIO PARKWAY BRIDGE AND
SANTA MARGARITA PARKWAY BRIDGE
PREVENTIVE MAINTENANCE PROJECT
RANCHO SANTA MARGARITA
Mark Thomas is providing preliminary engineering, environmental documentation, final design, bid support, and construction support for the Antonio Parkway Bridge and eastbound Santa Margarita Parkway Bridge - BPMP Project. The Project is located on Antonio Parkway over Tijeras Creek and Eastbound Santa Margarita Parkway over Arroyo Trabuco Creek, in the City of Rancho Santa Margarita.
Scope of services include preliminary engineering, environmental documentation, final design, bid support, and construction support. The initial task order was issued for environmental documentation, which includes NEPA and CEQA clearance, and preliminary engineering to the extent necessary to complete environmental documentation.
This project is substantially funded with federal-aid using funds and Mark Thomas will be providing federal-aid documentation, including coordination with Caltrans LAPM. Additional funding authorization will be required from Caltrans prior to proceeding with remaining preliminary engineering and final design. The project will provide deck treatment, scour repairs, joint seal replacement, spall patches, hinge repair and mitigation planting.
PREVIOUS EXPERIENCE
Below we have outlined our experience and performance on similar projects.
JOHN WAYNE AIRPORT LANDSIDE
MAINTENANCE AND REMEDIATION
PROJECT
ORANGE COUNTY
Mark Thomas provided bridge inspection of all the bridge structures (over 4000 feet of bridge structures) within John Wayne Airport property including the upper roadway departure structure. Our team prepared rehabilitation recommendations to repair unsound concrete, structural damage of bridge structures and barriers and inspection of the inside of the upper roadway structure (per OSHA) to identify the reason behind efflorescence in Bay 2 of the entire 3400’ structure. Mark Thomas was able to determine the cause, provide recommendations and save the County over $250K in potential fire suppression system repair cost. Our inspection determined the cause of moisture in the structure was due to a need to replace the seal on the maintenance holes in the bridge structure. Mark Thomas prepared PS&E plans to address structural repair recommendations, staging and striping plans for the use of methacrylate treatment across all bridge decks. The staging plans were prepared to perform all work at night with minimal impact to general aviation traffic and for all lanes to be opened up for daytime operations. Construction was completed November 2024.
CLIENTTri Nguyen, PE Assistant City Engineer City of Rancho Santa Margarita Department of Public Works (949) 635-1813 tnguyen@cityofrsm.org
PERIOD OF PERFORMANCE10/2022 – Ongoing
KEY STAFFLynn Odgiiv, SEJason Hickey, SEJohn Sampson, PE
CLIENTSean LallyAirport EngineerJohn Wayne Airport, Planning & Development Division (657) 253-2292 sean.lally@ocpw.ocgov.com
PERIOD OF PERFORMANCE2020 – 2021
KEY STAFFJason Hickey, SE
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 4
STANISLAUS ON-CALL BPMP
STANISLAUS COUNTY
Mark Thomas evaluated and prioritized bridge improvements and assembled a BPMP for submittal to Caltrans. The County maintains and has jurisdiction over the 225 bridges within the County. Approximately 200 of those bridges were reviewed under this program.
During the assessment, Mark Thomas reviewed the Caltrans bridge inspection reports and performed site inspections to verify existing conditions and document additional observations and deficiencies. We worked with the County to prioritize improvements to their bridge inventory according to the goals of the BPMP. We also were tasked with preparing HBP applications for five bridge replacements and BPMP implementation.
Based on the results of the bridge condition assessments and review of inspection reports, five bridges were programmed for the County to be replaced though HBP. BPMP projects were prioritized and then grouped into geographic areas with similar work types in order to bundle construction and PS&E packages.
The highest priority was to obtain federal funding for high priority projects to address structural and scour concerns. The next criteria was to find projects that would be most cost-effective for the County, therefore improving the bridge inventory and extending the life of the bridges for the lowest cost. Many of these projects were methacrylate deck treatments and minor spall repairs, which were grouped by geographic area to allow for similar construction packages.
CLIENTCounty of Stanislaus
REFERENCEDave Leamon Director of Public Works (209) 525-4302leamond@stancounty.com
PERIOD OF PERFORMANCE2016 - 2021
KEY STAFFJason Hickey, SE
CLIENTCity of Citrus Heights
REFERENCEDaniel Kehrer PE CFM QSD/P Principal Civil Engineer (916) 727-4904 dkehrer@citrusheights.net
PERIOD OF PERFORMANCE2021 - 2024
KEY STAFFJason Hickey, SEJon Sampson, SEAnton Sta Maria
CITRUS HEIGHTS ON-CALL BPMP
CITRUS HEIGHTS
Mark Thomas completed the site reconnaissance, inspection, funding applications, design, lead permitting and provided construction support for BPMP for 19 bridges in the City’s inventory. Repairs included channel as well as vegetation, scour protection, slope paving, spall repairs, joint seal replacement, methacrylate deck treatment, vegetation and debris removal. The project has helped the City maintain and extend the lifespan for this critical infrastructure at a fraction of the cost of replacement.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 5
THE MARK THOMAS TEAM
ORGANIZATIONAL CHART/STAFFING PLAN
Our organization chart below depicts the lines of communication and structure we propose to implement for the City’s projects. Mark Thomas understands the importance of assembling a team that will be available throughout the duration of this contract. The organizational chart reflects our ability to address any project need along with the depth of resources to complete these projects. As the project manager, Lynn Odgiiv will be the City’s primary contact and will lead the team throughout the duration of this contract while also managing our subconsultants.
PROJECT MANAGER
Lynn Odgiiv, SE
PRINCIPAL IN CHARGE
Pat Somerville, PE
PROJECT TEAM
STRUCTURESJon Sampson, SE Demi Yang, PEGabe BaldozKim Nguyen
TRAFFIC CONTROLRicky Chan, PE, TE, PTOE
HYDRAULICS/SCOURTyler Hodges, PE
ROW & UTILITY CONFLICTSJosh Cosper, PE, PLS, QSD
CONSTRUCTABILITY REVIEW Eric Lilly, PE, QSD, CCM
GEOTECHNICALAlahesh Thurairajah, PE, GE, BC.GEEarth Mechanics, Inc. (DBE)
ENVIRONMENTAL PERMITTINGErinn SilvaMarieka SchraderGPA (DBE)
The personnel listed on the organizational chart have the availability to complete the project and will be available for the duration of the contract.
LYNN ODGIIV, SE
MEET OUR PROJECT MANAGER
Lynn has 18 years of experience in bridge structural engineering for transportation structures with an emphasis in the analysis, design, and inspection of highway bridges, earth retaining structures, and other structures. She has been responsible for leading and managing bridge-specific projects of various sizes, from small rehabilitation work with local agencies to large full segment structures with Caltrans and OCTA, overseeing the design and analysis calculations of bridge structures, preparing construction plan, specifications, quantities, and cost estimates, and various bridge type selection reports.18years of experience 65%availability
Key Staff
QA/QC
Jason Hickey, SE
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 6
SUBCONTRACTING SERVICES
Mark Thomas will serve as the prime consultant and will manage the work associated with the contract from our Ontario and Irvine offices. We selected our subconsultant teaming partner based on our ongoing working relationship and previous track record of success with them on similar types of projects. Our subconsultants, Earth Mechanics, Inc. and GPA have excellent reputations and are extremely competent and qualified in their areas of expertise.
17800 Newhope Street, Suite B Fountain Valley, CA 92708 (714) 751-3826
EARTH MECHANICS | GEOTECHNICAL
Earth Mechanics, Inc. (EMI) is a geotechnical and earthquake consulting company specializing in major geotechnical site investigation and testing, seismic hazard and earthquake retrofit evaluations, and foundation design for projects related to transportation infrastructure including rail/transit, freeways, roadways, bridges, and tunnels. EMI provides site investigation, geotechnical analysis, foundation design and construction support for various public works projects including bridges, roadways, rail/transit, and bikeways.
In the City of La Quinta, EMI provided geotechnical services for the Adams Street Bridge over the Whitewater River, a critical infrastructure project requiring detailed seismic and foundation evaluations. Within Riverside County, EMI has also contributed to several HBP-funded projects, including the Market Street Bridge Scour Critical Study and Replacement, the Airport Boulevard Bridge over the Whitewater River, and the Temescal Canyon Bridge over Temescal Wash. Additional projects include the Dillon Road and Avenue 50 Bridges over the Coachella Valley Stormwater Channel in Coachella. For these projects, EMI’s scope of work typically includes the review of existing geotechnical and seismic data, field exploration and laboratory testing, seismic evaluations such as liquefaction potential, seismic settlement, slope deformation, and axial and lateral pile analyses, as well as foundation design, technical reporting, and construction support.
To date, EMI has provided geotechnical services—including field exploration, soil laboratory testing, seismic evaluation, foundation design, report preparation, and construction support—for more than 2,000 bridge projects. This includes over 50 federally funded projects that complied with Caltrans Local Assistance policies under the Highway Bridge Rehabilitation Program (HBP).
617 S. Olive Street,Suite 910Los Angeles, CA 90014 (310) 792-2690
GPA | ENVIRONMENTAL PERMITTING
GPA is well versed in managing the environmental process in compliance with the California Environmental Quality Act (CEQA), National Environmental Policy Act (NEPA), state and federal Endangered Species Act, Clean Water Act, Section 106 of the National Historic Preservation Act, and Secretary of the Interior’s Standards for the Treatment of Historic Properties, among other state and federal environmental laws. They are particularly skilled in analyzing environmental impacts of transportation projects, including bridges, roadways, highways, bridges, emergency repairs, and bicycle and pedestrian facilities. Many of these projects are processed through the California Department of Transportation (Caltrans) Local Assistance Program, thereby giving staff an in-depth knowledge of Caltrans’ Local Assistance Procedures Manual (LAPM) and Standard Environmental Reference (SER).
GPA’s experience includes more than 200 bridge projects that involved either maintenance, rehabilitation, or replacement. GPA has assisted several municipalities and agencies with their Bridge Preventative Maintenance Programs (BPMPs), including the cities of Anaheim and South San Francisco, counties of Calaveras and Kern, and the Sacramento Regional Transit District. Experience in the City of La Quinta includes the preparation of CEQA/NEPA documentation and technical studies for the City’s Avenue 50 Bridge Replacement at Washington Street project.
DBE
DBE
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 7
PROJECT UNDERSTANDING AND
APPROACH
APPROACH
PHASE 1: PROJECT APPROVAL AND ENVIRONMENTAL DOCUMENT PHASE
Project Management and Communication
As Project Manager, Lynn will verify seamless coordination by establishing clear communication channels with City staff and stakeholders. We will hold regular progress meetings and submit monthly project schedules to monitor progress and address potential risks early. Quality control is a priority, with internal reviews conducted at key design stages to verify deliverables align with City standards. Our team will also manage traffic disruptions by implementing a Traffic Management Plan to minimize public inconvenience.
METHACRYLATE DECK TREATMENT PREPARATION
Methacrylate application requires precise planning to help ensure durability and public safety. Careful attention needs to be paid in preconstruction planning including specification preparation, submittal reviews and on-site inspection. Before application, surfaces must meet environmental conditions - temperatures between 50-100°F and humidity levels below 85%, as recommended. The deck will undergo abrasive cleaning to remove contaminants, allowing the resin to adhere properly. We will coordinate with City staff to identify suitable weather windows using NOAA forecasts to avoid rapid gelling and incomplete curing.
During application, we will strictly follow manufacturer guidelines to prevent hazards, such as flash fires from incorrect mixing. A contingency plan will be in place to address any unexpected issues, ensuring minimal project delays.
PROJECT UNDERSTANDING
The Bridge Preventative Maintenance Program (BPMP) plan for the City of La Quinta (City) is a critical effort to extend the lifespan and verify the structural integrity of five of the eight bridges the City manages. This project focuses on methacrylate deck treatment for three bridges to prevent surface deterioration and maintain safety for the public as well as joint seal replacement with paving notch repair for three of the bridges. The Whitewater River bridge needs bridge deck concrete spall repair, concrete crack and spall repair at abutments and Pier 2 bent cap, new concrete slope paving as erosion protection at the north abutment, as well as bearing pad replacements for six girders at pier 4 and the south abutment.
As Project Manager, Lynn Odgiiv will lead the coordination and delivery of this project, leveraging her experience with similar BPMP projects for the City of Rancho Santa Margarita and City of San Buenaventura. Jon Sampson, our Structures Lead Engineer, brings extensive expertise from his work with SacRT and the City of Citrus Heights. Together, they represent Mark Thomas, a firm committed to delivering high-quality infrastructure solutions.
This project presents unique challenges, such as managing traffic disruptions, coordinating with multiple stakeholders, and ensuring strict adherence to methacrylate application standards. Through close collaboration with the City staff, proactive communication, and our team’s experience with bridge rehabilitation, we are confident in our ability to deliver a safe, cost-effective, and timely project aligned with the City’s expectations.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 8
PERMITTING AND ENVIRONMENTAL COORDINATION
We will work closely with our environmental subconsultant, GPA, and permitting agencies to assure timely approvals. Because the project will utilize federal funding, environmental documentation pursuant to the National Environmental Policy Act (NEPA) is required. The Whitewater River Bridge (Br. No. 56C0266) is located on local street and is not within Caltrans ROW; therefore, the project will be processed through Caltrans’ Local Assistance Program. All environmental documents required for NEPA approval will be completed pursuant to Caltrans’ Standard Environmental Reference (SER) and Local Procedures Assistance Manual (LAPM). It is assumed the project will be categorically excluded under 23 CFR 771.117(d)(28), which includes bridge rehabilitation, reconstruction, or replacement. Several technical studies will be required to support this determination. GPA will coordinate the review and approval of all NEPA documentation with Caltrans.
Section 15300 of the California Environmental Quality Act (CEQA) identifies certain categories of projects which have been determined not to have a significant effect on the environment and are therefore exempt from the provisions of CEQA. This type of project (maintenance of an existing bridge) is identified in Section 15301 of CEQA as a Class 1 project (Existing Facilities). It is anticipated that the project will be categorically exempt from CEQA, and a Notice of Exemption (NOE) would be prepared for compliance with CEQA. The City is the CEQA lead agency and would ultimately determine the appropriate level of document.
Scope of work further details the environmental process and technical studies required to complete the project environmental permitting and approvals.
Mark Thomas will take the lead in coordinating with utility providers and City staff, obtaining permits without delay. We will keep stakeholders informed with regular updates throughout the project, maintaining transparency and accountability.
Through proactive communication, detailed planning, and strict adherence to technical requirements, our team will deliver a preliminary engineering phase that successfully executes the Bridge Preventive Maintenance Program.
Preliminary Design and Cost Estimates
Our design approach will focus on producing 30% General Plan sheets that detail maintenance activities, including girder repair, joint seal replacement, and methacrylate treatment, ensuring uniformity and compliance with Caltrans standards. These plan sheets can incorporate specific City information, including but not limited to topographic data, City standard details, temporary construction easements, and appraisal maps as necessary. Preliminary construction cost estimates will accompany these designs to support budget planning.
PHASE II: FINAL PLANS, SPECIFICATIONS, AND ESTIMATES (PS&E)
Our team will develop and submit 60%, 90%, and 100% Plans, Specifications, and Estimate (PS&E) package for City review. This submission will include detailed construction plans, technical special provisions, and preliminary cost estimates for each phase. We will verify that the design reflects best practices for methacrylate deck treatment and bridge rehabilitation, including all required safety features and quality standards. For each PS&E submittal phase, we will incorporate feedback from City staff, with clear tracking of changes to verify alignment with the project’s objectives. After addressing City feedback on milestone submittals, our team will prepare and submit the 60%, 90% and 100% PS&E package, which will include all corrections and improvements identified during the previous review phase. At 100% PS&E, the complete submission will consist of AutoCAD design files, Word/Excel specifications, and detailed construction estimates, maintaining compliance with Caltrans and City standards.
The 100% PS&E will undergo independent review and certification by a licensed engineer, confirming that all technical requirements, including methacrylate application guidelines, are accurately reflected. We will verify that our design meets environmental and safety standards, and that proper materials are specified for each phase of construction.
Inspection and Testing Protocols
Methacrylate deck treatment requires precise monitoring to be effective. Our design will specify an initial spread rate of 100 ft² per gallon of resin, with adjustments based on the concrete type - 65 ft² per gallon for lightweight concrete and up to 175 ft² per gallon for dense concrete. Sand will be applied immediately after resin placement to improve skid resistance, with California Test Method 342 used to confirm the required coefficient of friction.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 9
We will specify that abrasive blasting be performed if sand does not adhere properly or glassy spots form, providing a consistent and safe deck surface. Our team will also recommend scheduling methacrylate application during optimal weather conditions to prevent rapid curing failures and to avoid issues related to night-time humidity.
Material Compliance and Safety Checks
All methacrylate materials will be pre-verified through Materials Engineering and Testing Services (METS), making sure that only approved batches are used on-site. The construction team will follow strict mixing protocols to avoid risks such as flash fires from incorrect handling of initiators and promoters. The project plan will also include airborne emissions monitoring during application to meet California Code of Regulations safety requirements. If sensitive receptors are near the project site, a public safety plan will be required which provides public notification and additional safety protection for nearby residents and businesses.
Through careful planning and adherence to City standards, our final engineering phase will facilitate a smooth transition from design to construction. This phase will establish the technical framework necessary for high-quality execution, addressing all potential challenges in advance and minimizing the risk of delays.
PHASE III: CONSTRUCTION SUPPORT
Bidding Assistance and Contractor Coordination
During the bidding phase, our team will provide technical assistance by reviewing contractor inquiries and issuing clarifications or addenda as needed. We will verify that any requested revisions align with the project’s objectives and technical requirements, helping to avoid delays during the bidding process.
On-Site Technical Assistance and Methacrylate Monitoring
Once construction begins, our team can attend pre-construction meetings to coordinate with the contractor and verify alignment on key activities, including methacrylate application. We will closely monitor the mixing process to prevent accidents such as flash fires and verify all materials meet METS certifications. During resin application, we will track material quantities and confirm that weather conditions meet project specifications, with a focus on humidity control and temperature compliance.
To maintain skid resistance, our team will inspect the deck surface for sand adhesion and provide for immediate corrective action - such as abrasive blasting - for any slick or glassy spots. Our team will specify that California Test Method 342 friction tests be conducted to verify the safety of the treated deck before opening lanes to traffic. Availability of this equipment is difficult to obtain and we will work closely with the City to schedule these tests.
As-Built Documentation and Closeout
Our team will provide real-time consultation throughout construction, reviewing shop drawings and responding promptly to contractor requests for clarification. Any design adjustments required during construction will be documented in as-built plans, providing an accurate record for future maintenance. Daily reports will track all construction activities, maintaining transparency and accountability throughout the project.
With proactive coordination and hands-on technical support, we will help ensure that the construction phase proceeds smoothly and meets the City’s standards for safety, quality, and timely delivery.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 10
Bermuda Dunes
Vista SantaRosa
PALMDESERT
PALMDESERT
I NDI A NWELLS
L AQUIN TA
I NDI O
W h i t e w ate r R i v e r
C A L IFORNI A D R
FA I R W A Y D R
TEN N E SSEE
A
V
E
WAR
N
E
R
TR
L
M
A
N
I
TOU DR
RESER
VE D R
ADAM
S
ST
49TH AVEM
I
S
S
I
O
N
D
R
AVENID A F E R NAN
D
O
V I N T A G E DR
INDI
O
BLVD
AVE
N
I
DA BE
R
M
U
DAS
VI A P ESSA RO
AVENUE 50
AVENUE 48
AVE
N
I
DA ME
N
D
OZA
DU
N
E
PAL
M
S
RD
AVENUE 52
H
E
R
I
T
A
G
E
P
A
L
M
S DR
S HADOW M O U NTAIN DR
MARR A KESH
D
R
AVE
N
I
DA OB
R
E
G
O
N
IROQUOIS DR
V I A SAVONA
AVE
N
I
DA MA
RTI
N
E
Z
DR
VI
E
W
CA
N
Y
O
N
GRAPEVINE ST
PALM DR
RANCHO LA Q
U
I
N
TA DR
AVE
N
I
DA DI
AZ
AVE
N
I
DA RU
B
I
O
AVE
N
I
DA RA
M
I
R
E
Z
AVE
N
I
DA VAL
L
E
JO
AVE
N
I
DA HE
R
R
E
R
A
AVE
N
I
DA VE
LAS
CO
DR
EMERALD
PA
R
K
WAY E SPLANADE
IR C OP
F R A N K
D RS
L
L A K E
I QUA
L
N
STARLIGHT
ALESSANDRO DR
FRON
TAGE
RD
EL DORADO D
R
A
V
E
N
I
D
A
MONTEZUMA
DE A C O N DR
HJ
O
RTH
ST
A
V
ENIDA VILLA
M A NDARI
N
A
L N
B
U
N
K
E
R
M
ADISON ST
AVENUE 54OAK TREE
TE
C A LL E N OR
DEL GATO
D
R
C I T RUS
AVENUE 51
CASTELLANA
11174
74
111
1
2
3
4
5
Esri, NASA, NGA, USGS, FEMA 0 21Mi\\markthomas.com\mfs\Proposals\_Proposals 2025\La Quinta-BPMP-25-P1195\Photos-Graphics\GIS\La Quinta - BPMP\La Quinta - BPMP.aprx - La Quinta - BPMP
Bridge Locations
56C0266 - Whitewater River
6-Span RC “I” Girder
Year built: 1976
1
Year built: 1970
3-Span RC “T” Girder
56C0577 - Deep Canyon Wash2
Year built: 1981
3-Span RC Slab
56C0378 - La Quinta Channel3
56C0498 - All American Canal (Jefferson St)
Single Span PS Concrete Girder
Year built: 2002
5
Year built: 1966
Singal Span PS Concrete Girder
56C0076 - All American Canal (52nd Ave)4
Sufficiency Rating: 89.1
Sufficiency Rating: 83.1
Sufficiency Rating: 97.4
Sufficiency Rating: 96.7
Sufficiency Rating: 96.9
LA QUINTA BRIDGE LOCATIONS
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 11
COST CONTROL AND BUDGETING METHODOLOGY
MONITORING COSTS
Project costs will be controlled by frequent monitoring and early identification of any project issues affecting project costs. We control these issues with a cost-trending technique which uses the original starting baseline, and agreed upon estimates will serve as the final baseline upon which any changes are measured against. If the cost increases, we will present project alternatives to reduce the cost to the baseline level, or other funding alternatives will be explored. Each project meeting will include an agenda item analyzing the project cost impact of all significant decisions made to date. A running log of such items will be maintained and will contain an approximate estimate of the impact (negative or positive) of each change on the baseline project cost estimate. For all items that may increase the baseline cost, careful analysis of lower-cost options will be undertaken. These techniques will keep the baseline estimate up-to-date and will allow members of the City Capital Projects Team to monitor the cost impacts of their decisions. This procedure is particularly valuable if additional funding becomes available to expand or enhance the project, or if savings are identified that may be put to use in any other area.
COORDINATION
On a bi-weekly or as-needed basis, we will attend and chair project development team (PDT) meetings with the City, Caltrans, and other involved agencies. The purpose of these PDT meetings will be to discuss project trends, schedule, and work progress to date including a utility communication log. The meeting goal will be to resolve issues promptly and to stay on-schedule and within budget. We will develop Action Item Matrices (which identify issues, responsible parties, and deadlines) as a tracking tool to keep the project focused and to document results of the identified actions.
BUDGETING
Mark Thomas will work with the City to establish the project scope and budget. Once approved, Mark Thomas will work diligently to complete the project within the identified budget. If, during the course of the project development, it becomes necessary to adjust the project scope, Mark Thomas will work with the City to identify any modifications to the scope and project budget.
ü Keeping all parties informed of any potential issues/changes - and resulting costs impacts - through timely, continuous communication is vital to managing and controlling cost and schedule.
WHY MARK THOMAS
Mark Thomas has an ongoing relationship with the City of La Quinta, built on trust and successful delivery of infrastructure projects. Our deep understanding of the City’s processes and expectations having delivered recent City bridge projects like the Avenue 50 Bridge, positions us to seamlessly manage the City’s BPMP. With a robust team of local engineers, including key personnel with extensive experience in bridge rehabilitation, we are fully prepared to support the City throughout every phase of this project.
As Project manager, Lynn will leverage her prior experience leading BPMP efforts for the City of Rancho Santa Margarita and City of San Buenaventura to keep the project on schedule and within scope. Our Structures Lead Engineer, Jon Sampson, brings additional expertise from projects with SacRT and the City of Citrus Heights, adding further value to our engineering efforts.
Our team’s availability and commitment to proactive communication will allow our team to address any challenges swiftly, and we will work closely with City staff to meet the planned construction start date of August 2025. Through open collaboration and careful planning, we are confident in our ability to deliver a safe, high-quality, and cost-effective project.
Mark Thomas is honored to continue supporting the City of La Quinta, and we look forward to contributing to the long-term safety and durability of the region’s infrastructure through this important bridge maintenance program.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 12
SCOPE OF SERVICES
PHASE 1. PROJECT APPROVAL AND ENVIRONMENTAL DOCUMENT
(PA&ED)
TASK 1. PROJECT MANAGEMENT AND ADMINISTRATION
Mark Thomas will provide ongoing general project management activities and coordination with the City and subconsultants throughout the project. This includes preparing contract paperwork, memos, letters, and emails, and making phone calls as necessary to manage the project. Management activities also include the development and maintenance of a critical path method (CPM) design schedule and preparation of monthly invoices and progress reports. The schedule will be updated as progress is made, with critical path activities clearly shown for team review purposes. The schedule and billings will be submitted in the form to track the project status and contract expenditures.
Mark Thomas will prepare for and attend a project kick-off meeting with the City to review the scope of work, initial tasks to be performed, project schedule, critical task items, and areas of concern. Mark Thomas will also prepare for and attend two (2) coordination/status meetings to review the project with the City. These meetings are anticipated to occur following the initial bridge inspections and then during development of the PS&E. For the scope of work, Mark Thomas assumes a project duration of 12 months from NTP to E-76 for Construction.
TASK 1 DELIVERABLES
»Monthly Progress Reports
»Meeting Agendas and Minutes
»Schedule Updates
TASK 2. DATA COLLECTION, FIELD REVIEW, AND BASE MAPPING
Mark Thomas will conduct a review of the historical BIRs and as-built drawings and perform a current bridge inspection for each bridge. The inspection will confirm the existing condition of the structure, verify the work programmed in the BPMP is still needed, confirm the work recommendations noted in the Caltrans Bridge Inspection Reports is still needed, identify any changed conditions since the last bridge inspection, and quantify quantities where appropriate. We will document the work to be completed at each site with pictures that may be used in preparation of the plans, specifications, and estimate.
Upon our initial field review of project locations, we will determine whether the following services are required:
»Utility notifications and coordination with any dry or wet utilities
»Potholing
»Conflict with proposed drainage facility
»Field review with Structures Local Assistance per Highway Bridge Program guidelines
TASK 2 DELIVERABLES (ALL OPTIONAL)
»Utility notifications, Utility Agreements, Potholing, Field Review Notes, ROW maps (all optional for the purpose of this proposal)
TASK 3. SURVEY
Mark Thomas will prepare a design-level survey of sufficient detail to ensure ADA compliance at all bridge sidewalks, nearby driveways and access ramps at four (4) bridges. Survey limits for extend from beginning of bridge structure to end of bridge structure, including driveways & access ramps if within 50’ of bridge structure approach. Survey will extend from back of walk to flowline below curb face. Cross-sections will be performed within these extents at 50’ intervals.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 13
Survey scope and services for all above-ground utilities and obstructions to ensure an accurate representation of physical impacts to private improvements, including trees, bushes, fences, mailboxes etc., will be determined during final design as limits of this service will need further coordination with the City. Therefore, for the purposes of this proposal, any above-ground survey of utilities and obstructions outside the walk areas are not included and are determined as optional.
TASK 3 DELIVERABLES
»Survey Base Map
TASK 4. GEOTECHNICAL ANALYSIS
EMI will drill a total of 10 five-foot deep borings; one boring at each bridge approach. The proposed approximate boring depths will be raised if refusal is encountered. The boreholes will be excavated using a truck-mounted or track-mounted drilling rig. Asphalt concrete cold-patch will be used to replace asphalt that is removed by excavations, and quick-set cement will be used to replace concrete that is removed by excavations.
EMI will prepare a boring location plan, and this plan will be used to secure encroachment permit from the City of La Quinta. Any other permits, if required, will be secured by others. No encroachment permit fee was assumed.
EMI field personnel will collect bulk samples of near-surface soils. Samples of subsurface soils will be logged during the field investigation, secured in in plastic bags, and transported to the EMI laboratory.
Laboratory TestingField logs of the boreholes will be reviewed to select representative soil samples for laboratory testing. Soil laboratory tests will be conducted in general accordance with ASTM International standards or California Test methods. Anticipated laboratory tests include: R-value, #200 wash, sieve analysis, Atterberg Limits, and moisture.
Memo PreparationBased on the R-value and the Traffic Index (TI) provided by prime consultant/City of La Quinta, EMI will determine pavement structural sections. EMI will prepare a technical memorandum to provide R-value tests results and recommended pavement structural sections. EMI will address any comments resulting from the City of La Quinta review and prepare a final technical memorandum.
Detailed scope of work by EMI is included with our fee submittal for further detailed scope of work for Geotechnical Analysis.
TASK 4 DELIVERABLES
»Geotechnical Memo
TASK 5. ENVIRONMENTAL APPROVAL
GPA will support the Mark Thomas team by reviewing existing background documents, materials, and studies that have been prepared at or in the vicinity of the Project area. Following the review, GPA will prepare an assessment of each item reviewed and provide them back to the Mark Thomas team for review.
GPA will complete all necessary documents to ensure the project’s environmental compliance with the California Environmental Quality Act (CEQA) and National Environmental Protection Act (NEPA). For NEPA, GPA will prepare the Notice of Exemption and file it with the County of Riverside if applicable. For NEPA, GPA will prepare Preliminary Environmental Study (PES).
Detailed scope of work by GPA is included with our fee submittal for further detailed scope of work for environmental approval.
TASK 5 DELIVERABLES
»NEPA/ PES Form
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 14
»CEQA NOE
TASK 6. GEOMETRIC APPROVAL DRAWINGS (GAD)
Mark Thomas will prepare a 30% level concept plan, i.e. GAD, depicting geometric layout of traffic lanes for traffic handling purposes, with all right of way shown, to ensure getting the concept phase correct. Mark Thomas will prepare a preliminary cost estimate based on GAD.
TASK 6 DELIVERABLES
»30% level plans and estimate
PHASE 2. PLANS, SPECIFICATIONS, & ESTIMATE (PS&E)
Task 7.1 - 60% Plans
Based on the findings from the bridge site visits, Mark Thomas will prepare structural calculations as necessary and plans for bridge preventive maintenance and repairs. At the 60% submittal, Mark Thomas will submit a complete set of plans. It is assumed that the preventive maintenance work will be limited to deck treatment and joint seal replacement at all 5 bridges with the exception of Whitewater River Bridge, which will need concrete deck spall repair, abutment backwall repair, earthen slope erosion repair at the north abutment with concrete slope paving, concrete spall repair at pier 2 and displaced bearing pad replacement. The structure design will be performed in accordance with AASHTO LRFD Bridge Design Specifications, 8th Edition with California Amendments dated August 2019. The latest versions of the Caltrans Bridge Design Manuals will be used. It is anticipated that the following plan sheets will be prepared:
Task 7.2 - 90% Plans
City comments from the 60% submittal will be addressed and incorporated into the 90% design plans. Responses to comments will be prepared and submitted. The plans will be advanced to final construction documents.
Task 7.3 - Special Provisions
Mark Thomas will develop project special provisions using Caltrans Standard Special Provisions (2024 version). The special provisions will be prepared using Microsoft Word. Special Provisions will be submitted at the 90% and final submittals. The City’s boilerplate contract language will be incorporated into the specifications.
Task 7.4 - Construction Cost Estimate
Mark Thomas will prepare a construction cost estimate. The estimate will be comprised of unit prices based on detailed quantity and check quantity calculations. Unit prices will be developed using current bid results from similar projects, Caltrans data base information and Caltrans latest Construction Cost Manual. All estimates will be done in Caltrans BEES format using Microsoft Excel.
Task 7.5 - 100% PS&E
Comments from the City on the 90% submittal will be addressed and incorporated into the final PS&E package. Mitigation
SHEET DESCRIPTION # OF SHEETS
Title Sheet 1
Traffic Handling/Detour Plan 13
Pavement Delineation 3
General Plan 5
Repair Details Sheets 8
Total 30
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 15
measures (if any) will also be addressed. All final plan revisions will be made. Updates to the specifications and estimate will be completed. A bid ready PS&E package will be submitted.
TASK 7 DELIVERABLES
»Plans - 60%, 90% and 100%
»Specifications - 60%, 90% and 100%
»Estimate - 60%, 90% and 100%
TASK 8 RIGHT-OF-WAY AND PERMITTING (OPTIONAL)
Mark Thomas will determine at the beginning of the design process whether Right of Way (ROW) and permitting with various agencies will be required or not and confirm the final scope with the City. For the purpose of this proposal, there is no scope included for this Task 8.
Agencies to check for ROW and permitting are:
»Coachella Valley Water District/ Bureau of Reclamation
»California Department of Fish and Wildlife
»Us Army Corps of Engineers
»Regional Water Quality Control Board
TASK 8 DELIVERABLES (ALL OPTIONAL)
»Legal Descriptions and Plats
»Appraisal Reports
»Draft Offers
»Final Agreements
»Permitting Documents from relevant agencies
PHASE 3. CONSTRUCTION SUPPORT
TASK 9 - CONSTRUCTION SUPPORT
Mark Thomas will assist the City during construction of the project. The construction support may include attending construction meetings, answering RFIs, and preparing Contract Change Order plan revisions. It is assumed the City will retain a construction manager for the project and Mark Thomas’ need to review submittals will be limited. Upon receiving the as-built redlines from the construction manager, Mark Thomas will prepare “as-built” drawings for submittal to the City.
TASK 9 DELIVERABLES
»As-Builts
ASSUMPTIONS
»No topographic survey or right of way retracement survey is needed.
»Utility relocation is not necessary to complete the preventive maintenance work.
»No hydraulic analysis is needed.
»All preventive maintenance work will take place with the City’s right of way.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 16
PROJECT SCHEDULE
The schedule shown shows a conservative schedule with submittals at 30%, 60% and 100%. This results in an April advertisement. As a smaller project this is okay but would be more attractive to bidders if the project could be advertised earlier. Since Mark Thomas is highly experienced in this type of project and the project is relatively straightforward, the City may wish to advance the schedule by eliminating one submittal and doing a draft or 60% PS&E and final or 100% PS&E submittal. That would allow advertisement 7 weeks earlier.
ID Task Name Duration Start
1 Notice to Proceed 0 days Wed 10/8/25
2 Kickoff Meeting 7 days Wed 10/8/25
3 Phase I: Project Approval and Environmental Document (PA&ED)70 days Fri 10/17/25
4 Task 1. PM/ Administration 2 wks Fri 10/17/25
5 Task 2. Data Collection, Field review, and Base Mapping 2 wks Fri 10/17/25
6 Task 3. Survey 3 wks Fri 10/17/25
7 Task 4. Geotechnical Analysis 6 wks Fri 10/31/25
8 Task 5. Environmental Approval 12 wks Fri 10/31/25
9 Task 6. Geometric Approval Drawings (GAD)2 wks Tue 12/16/25
10 City Review of GAD 3 wks Mon 1/5/26
11 Phase II: Plans, Specifications, and Estimate (PS&E)/ Task 7 115 days Fri 1/23/26
12 Task 7. Final Plans, Specifiations, and Estimates 115 days Fri 1/23/26
13 7.1.1. 60% PS&E 8 wks Mon 1/26/26
14 7.1.2. 60% PS&E Submittal 0 days Fri 3/20/26
15 Permitting Coordination 8 wks Mon 1/26/26
16 Utility Coordination 0 wks Fri 1/23/26
17 7.1.3. City Review 4 wks Mon 3/23/26
18 7.2.1. 90% PS&E 4 wks Mon 4/20/26
19 7.2.2. 90% PS&E Submittal 0 days Fri 5/15/26
20 7.2.3. City Review 3 wks Mon 5/18/26
21 7.5.1. 100% PS&E 2 wks Mon 6/8/26
22 7.5.2. 100% PS&E Submittal 0 days Fri 6/19/26
23 7.5.3. City Reivew 2 wks Mon 6/22/26
24 Task 8. Right of Way and Permitting (OPTIONAL)0 days Fri 2/6/26
25 Phase III: Construction Support 135 days Mon 7/6/26
26 Task 9. Construction Support 135 days Mon 7/6/26
27 9.1. Bid Support 2 mons Mon 7/6/26
28 9.2. Construction Engineering 4 mons Mon 8/31/26
29 9.3. Prepare Record Drawings/As-builts 3 wks Mon 12/21/26
10/8
3/20
5/15
6/19
1/8
O N D J F M A M J J A S O N D J FHalf 1, 2026 Half 2, 2026 Half 1, 2027
Task
Split
Milestone
Summary
Project Summary
Inactive Task
Inactive Milestone
Inactive Summary
Manual Task
Duration-only
Manual Summary Rollup
Manual Summary
Start-only
Finish-only
External Tasks
External Milestone
Deadline
Critical
Critical Split
Progress
Manual Progress
Page 1
Project: LaQuinta BPMP ScheduDate: Mon 9/8/25
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 17
DISCLOSURES
Mark Thomas has no pending bankruptcies, liens, stop payment notices, or foreclosures filed or resolved in the past five (5) years. Mark Thomas operates throughout California and has had average annual billings over the last five years in excess of $124 million. There are no claims pending against the company that would impact its ability to discharge its contractual duties if awarded a contract. Below is a chart of judgments, lawsuits, arbitrations, and mediations.
CONTRACT COMMENTS
Below we have outlined our desired changes to the Sample Agreement. We request all reference to “Contracting Party” be changed to “Consultant”.
1.1 SCOPE OF SERVICES.
We suggest revising the language to clarify and limit the standard of care to the insurable and legal standard.
In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those Services related to Professional Engineering Services for the Bridge Preventative Maintenance Program Plan Project (City Project No. 2023-33), as specified in the “Scope of Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the “Services”). Contracting Party represents and warrants that Contracting Party is a provider of first-class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in providing services under this Agreement, Consultant shall perform, consistent with but limited to, that degree of skill and care ordinarily used by other members of Consultants’ profession, practicing in the same or similar locality, at the same or similar point in time and under similar circumstances. in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase “industry standards” shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances.
3.1 TIMELINESS OF PERFORMANCE OF
ESSENCE.
The Consultant shall perform its Services with due and reasonable diligence consistent with sound professional practices and shall devote such time to the performance of the Services as may be necessary for their timely completion. Time is of the essence in the performance
of this Agreement. If the Services are not completed in accordance with the Schedule of Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will suffer damage.
4.5 IDENTITY OF PERSONS PERFORMING
WORK.
Satisfaction is a subjective standard, which may be undefined and indeterminate. The Contractor should be compensated for the services it performed that are in accordance with the objective terms, conditions, and criteria as specified in this Contract.
Contracting Party represents that it employs or will employ at its own expense all personnel required for the satisfactory performance of any and all of the Services set forth herein. Contracting Party represents that the Services required herein will be performed by Contracting Party or under its direct supervision, and that all personnel engaged in such work shall be fully qualified and shall be authorized and permitted under applicable State and local law to perform such tasks and services.
6. INDEMNIFICATION.
See comments for Exhibit F.
6.1 Indemnification. With all matters related to Design Professional Services, as defined by California Civil Code 2782.8, To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, and employees, agents, and volunteers as set forth in “Exhibit F” (“Indemnification”) which is incorporated herein by this reference and expressly made a part hereof
8.3 RETENTION OF FUNDS.
Payment should not be arbitrarily withheld without due process. Any disputes as to the standard of work should be addressed using the Dispute Resolution Clause.
City may withhold from any monies payable to Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contracting Party in the performance of the Services required by this Agreement.
8.7 TERMINATION PRIOR TO
EXPIRATION OF TERM.
We request equal right to termination.
This Section shall govern any termination of this Agreement,
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 18
except as specifically provided in the following Section for termination for cause. City or Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days’ written notice to the other party Contracting Party. Upon receipt of any notice of termination, Contracting Party shall immediately cease all Services hereunder except such as may be specifically approved by the Contract Officer, or assigned designee. Upon termination, City shall be entitled to all work, including but not limited to, reports, investigations, appraisals, inventories, studies, analyses, drawings and data estimates performed to that date, whether completed or not, and in accordance with Section 7.5. Contracting Party shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer, or assigned designee, thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, or assigned designee, except amounts held as a retention pursuant to this Agreement. Notwithstanding any provisions of this Agreement, Contracting Party shall not be relieved of liability to City for damages sustained by City by virtue of any breach of this Agreement by Contracting Party, and City may withhold any payments due to Contracting Party until such time as the exact amount of damages, if any, due City from Contracting Party is determined.
8.9 ATTORNEYS’ FEES.
If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of the litigation. Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled to attorneys’ fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. In the event there is a third-party claim against the Client, the Consultant agrees to reimburse the Client, its officers directors, and employees (collectively, Client), its reasonable defense costs, but only to the extent caused by the Consultant’s actual negligent act, error, or omission in the performance of professional services, and only if such defense costs are awarded by a court or arbitrator of competent jurisdiction.
In the event there is a third-party claim against the Consultant, the Client agrees to reimburse the Consultant, its officers, directors, employees, and subconsultants (collectively, Consultant) its reasonable defense cost, but only to the extent caused by the Client’s negligent act, error, or omission, and only if such defense costs are awarded by a court or arbitrator of competent jurisdiction.
Neither the Client nor the Consultant shall be obligated to reimburse the other party its defense costs in any manner whatsoever for the other party’s own negligence.
In any action to enforce or interpret the terms of this Agreement, including but not limited to any action for declaratory relief, each party shall be solely responsible for and bear its own attorneys’ fees, regardless of which party prevails.
8.10 SUSPENSION OF WORK.
We request ample notice of termination.
City may temporarily suspend this Agreement, at no additional cost to City, provided that Contracting Party is given 14 days written notice (delivered by certified mail, return receipt requested) of temporary suspension. If City gives such notice of temporary suspension, Contracting Party shall immediately suspend its activities under this Agreement. A temporary suspension may be issued concurrent with the notice of termination provided for in this Section 8.0.
13.3 INTERPRETATION.
By agreeing to a jointly drafted agreement, we release them from liability of any deficiencies in the contract. Should the edits suggested herein be accepted, we would be willing to include a jointly drafted statement.
The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply.
EXHIBIT F INDEMNIFICATION
Work under this Agreement is covered by Civil Code 2782.8 which governs design professional practice. The changes made to this agreement are requested to bring the indemnity section into compliance with State Law.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage 19
F.1 INDEMNITY FOR THE BENEFIT OF
CITY.
a. Indemnification for Professional Liability. With all matters related to Design Professional Services, as defined by California Civil Code 2782.8, When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officials, and employees, and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities for of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, including the reimbursement of court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. Consultant has no obligation to provide an immediate defense or to pay for any of the indemnities defense related cost prior to a final determination of liability or to pay any amount that exceeds Consultant’s final determined percentage of liability based upon the comparative fault of Consultant.
b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with counsel selected by City), and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of
Contracting Party.
2. SCOPE OF INDEMNIFICATION.
When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, and employees, and agents (“Indemnified Parties”) from and against any and all liabilities for losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, including the reimbursement of attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage F-1
Local Assistance Procedures Manual Exhibit 10-O1
Consultant Proposal DBE Commitment
1. Local Agency:2. Contract DBE Goal
3. Project Description:
4. Project Location:
5. Consultant's Name:6. Prime Certified DBE
10. DBE %
4.20%
23.45%
17. Local Agency Contract Number:
18. Federal-Aid Project Number:
19. Contract Execution Date:
20. Consultant's Ranking after Evaluation:
6/26/2025
22. Date 13. Date
714-815-5222
24. Phone 15. Phone
DISTRIBUTION: Original – Included with consultant’s proposal to local agency.
Mark Thomas & Company, Inc.
EXHIBIT 10-O1 CONSULTANT PROPOSAL DBE COMMITMENT
La Quinta 13%
Bridge Preventative Maintenance Program Plan
City of La Quinta
7. Description of Work, Service, or Materials
Supplied
8. DBE
Certification
Number
9. DBE Contact Information
Geotechnical 6956
Earth Mechanics, Inc. (714) 581-3826
17800 Newhope Street, Suite B
Fountain Valley, CA 92708
Environmental Permitting 36278
GPA (310) 792-2690
840 Apollo Street, Suite 312
El Segundo, CA 90245
27.65%
Local Agency to Complete this Section
11. TOTAL CLAIMED DBE PARTICIPATION
IMPORTANT: Identify all DBE firms being claimed for credit, regardless
of tier. Written confirmation of each listed DBE is required.Local Agency certifies that all DBE certifications are valid and
information on this form is complete and accurate.
21. Local Agency Representative's Signature 12. Preparer's Signature
Pat Somerville
23. Local Agency Representative's Name 14. Preparer's Name
Associate Principal
25. Local Agency Representative's Title 16. Preparer's Title
LPP 18-01
Page 1 of 2
July 23, 2015
DBE COMMITMENT
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage F-2
Local Assistance Procedures Manual Exhibit 15-H
Proposer/Contractor Good Faith Effort
Page 1 of 3
May 2020
EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS
Cost Proposal Due Date ___________________ PE/CE
Federal-aid Project No(s). BPMP-5433(022)________ Bid Opening Date ___________________ CON
The City of La Quinta established a Disadvantaged Business Enterprise (DBE) goal of 13%
for this contract. The information provided herein shows the required good faith efforts to meet or exceed
the DBE contract goal.
Proposers or bidders submit the following information to document their good faith efforts within five (5)
calendar days from cost proposal due date or bid opening. Proposers and bidders are recommended to
submit the following information even if the Exhibit 10-O1: Consultant Proposal DBE Commitments or
Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the
DBE goal. This form protects the proposer’s or bidder’s eligibility for award of the contract if the
administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE
firm was not certified at bid opening, or the bidder made a mathematical error.
The following items are listed in the Section entitled “Submission of DBE Commitment” of the Special
Provisions, please attach additional sheets as needed:
A. The names and dates of each publication in which a request for DBE participation for this project
was placed by the bidder (please attach copies of advertisements or proofs of publication):
Publications Dates of Advertisement
B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and
the dates and methods used for following up initial solicitations to determine with certainty whether
the DBEs were interested (please attach copies of solicitations, telephone records, fax
confirmations, etc.):
Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates
Email June 16, 2025
EMI June 16, 2025 Email - June 16, 2025
06/26/2025
06/05/2025
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage F-3
Local Assistance Procedures Manual Exhibit 15-H
Proposer/Contractor Good Faith Effort
Page 2 of 3
May 2020
C. The items of work made available to DBE firms including those unbundled contract work items
into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to
demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE
contract goal.
%
%
%
%
D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's
rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the
firms involved), and the price difference for each DBE if the selected firm is not a DBE:
Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's
rejection of the DBEs:
Names, addresses and phone numbers of firms selected for the work above:
E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining
information related to the plans, specifications and requirements for the work which was provided
to DBEs:
Items of
Work
Proposer or Bidder
Normally Performs Item
(Y/N)
Breakdown of
Items
Amount
($)
Percentage
Of
Contract
N/A
EMI: 765 N. Main Street, Suite 136, Corona, CA 92878; (951) 333-3648
GPA: 840 Apollo Street, Suite 312, El Segundo, CA 90245
Sent emails, had multiple phone calls and conversations on how to best support their scopes
N/A
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage F-4
Local Assistance Procedures Manual Exhibit 15-H
Proposer/Contractor Good Faith Effort
Page 3 of 3
May 2020
F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining
bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related
assistance or services, excluding supplies and equipment the DBE subcontractor purchases or
leases from the prime contractor or its affiliate:
G. The names of agencies, organizations or groups contacted to provide assistance in contacting,
recruiting and using DBE firms (please attach copies of requests to agencies and any responses
received, i.e., lists, Internet page download, etc.):
Name of Agency/Organization Method/Date of Contact Results
H. Any additional data to support a demonstration of good faith efforts:
N/A
N/A
N/A
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage F-5
ACKNOWLEDGMENT OF INSURANCE
REQUIREMENTS
Page 15 of 17
ATTACHMENT 2
INSURANCE REQUIREMENTS ACKNOWLEDGEMENT
Must be executed by proposer and submitted with the proposal
I, ________________________________________ (name) hereby acknowledge and confirm that
__________________________________ (name of company) has reviewed
the City’s indemnification and minimum insurance requirements as listed in Exhibits E and
F of the City’s Agreement for Contract Services (Attachment 1); and declare that insurance
certificates and endorsements verifying compliance will be provided if an agreement is awarded.
I am _________________________________ of ______________________________,
(Title) (Company)
Commercial General Liability (at least as broad as ISO CG 0001)
$1,000,000 (per occurrence); $2,000,000 (general aggregate)
Must include the following endorsements:
General Liability Additional Insured
General Liability Primary and Noncontributory
Commercial Auto Liability (at least as broad as ISO CA 0001)
$1,000,000 (per accident)
Personal Auto Declaration Page if applicable
Errors and Omissions Liability $1,000,000 (per claim and aggregate)
Worker’s Compensation (per statutory requirements)
Must include the following endorsements:
Worker’s Compensation Waiver of Subrogation
Worker’s Compensation Declaration of Sole Proprietor if applicable
Pat Somerville, PE
Mark Thomas & Company, Inc.
Associate Principal Mark Thomas & Company, Inc.
üüüüüüüüü
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage F-6
NON-COLLUSION AFFIDAVIT
Page 16 of 17
ATTACHMENT 3
NON-COLLUSION AFFIDAVIT FORM
Must be executed by proposer and submitted with the proposal
I, ________________________________________ (name) hereby declare as follows:
I am _________________________________ of ______________________________,
(Title) (Company)
the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or corporation; that the
proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced
or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly
colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal,
or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of
the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price,
or of that of any other proposer, or to secure any advantage against the public body awarding the
agreement of anyone interested in the proposed agreement; that all statements contained in the
proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her
proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative
hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association,
organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham
proposal.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
Proposer Signature: __________________________________________________
Proposer Name: __________________________________________________
Proposer Title: __________________________________________________
Company Name: __________________________________________________
Address: __________________________________________________
Pat Somerville, PE
Mark Thomas & Company, Inc.
Mark Thomas & Company, Inc.
Pat Somerville, PE
Associate Principal
4200 Concours Street, Suite 330, Ontario, CA 91764
Associate Principal
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage F-7
Page 16 of 17
ATTACHMENT 3
NON-COLLUSION AFFIDAVIT FORM
Must be executed by proposer and submitted with the proposal
I, ________________________________________ (name) hereby declare as follows:
I am _________________________________ of ______________________________,
(Title) (Company)
the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or corporation; that the
proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced
or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly
colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal,
or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of
the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price,
or of that of any other proposer, or to secure any advantage against the public body awarding the
agreement of anyone interested in the proposed agreement; that all statements contained in the
proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her
proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative
hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association,
organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham
proposal.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
Proposer Signature: __________________________________________________
Proposer Name: __________________________________________________
Proposer Title: __________________________________________________
Company Name: __________________________________________________
Address: __________________________________________________
Alahesh Thurairajah
President Earth Mechanics,Inc.
Earth Mechanics,Inc.
President
Earth Mechanics,Inc.
17800 Newhope Street,Suite B,Fountain Valley,CA 92708
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage F-8
Page 16 of 17
ATTACHMENT 3
NON-COLLUSION AFFIDAVIT FORM
Must be executed by proposer and submitted with the proposal
I, ________________________________________ (name) hereby declare as follows:
I am _________________________________ of ______________________________,
(Title) (Company)
the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or corporation; that the
proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced
or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly
colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal,
or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of
the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price,
or of that of any other proposer, or to secure any advantage against the public body awarding the
agreement of anyone interested in the proposed agreement; that all statements contained in the
proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her
proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative
hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association,
organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham
proposal.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
Proposer Signature: __________________________________________________
Proposer Name: __________________________________________________
Proposer Title: __________________________________________________
Company Name: __________________________________________________
Address: __________________________________________________
Alahesh Thurairajah
President Earth Mechanics,Inc.
Earth Mechanics,Inc.
President
Earth Mechanics,Inc.
17800 Newhope Street,Suite B,Fountain Valley,CA 92708
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage F-9
ACKNOWLEDGMENT OF ADDENDA
Page 17 of 17
ATTACHMENT 4
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
Must be executed by proposer and submitted with the proposal;
If no addenda has been issued, mark “N/A” under Addendum No. indicating
Not Applicable and sign
ADDENDUM NO. SIGNATURE INDICATING RECEIPT
1
2
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage A-1
LYNN ODGIIV, SE
PROJECT MANAGER
EDUCATIONMS in Structural EngineeringBS in Civil Engineering
REGISTRATIONCA PE C86869CA SE 6838
Lynn has 18 years of experience in bridge structural engineering for transportation structures with an emphasis in the analysis, design, and inspection of highway bridges, earth retaining structures, and other structures. She has been responsible for leading and managing bridge-specific projects of various sizes, from small rehabilitation work with local agencies to large full segment structures with Caltrans and OCTA, overseeing the design and analysis calculations of bridge structures, preparing construction plans, specifications, quantities, and cost estimates, and various bridge type selection reports.
REPRESENTATIVE PROJECTS
ANTONIO PARKWAY BRIDGE AND SANTA MARGARITA
PARKWAY BRIDGE PREVENTIVE MAINTENANCE
PROJECT, RANCHO SANTA MARGARITAProject manager overseeing this project located on Antonio Parkway over Tijeras Creek and Eastbound Santa Margarita Parkway over Arroyo Trabuco Creek, in the City of Rancho Santa Margarita. Scope of services include preliminary engineering, environmental documentation, final design, bid support, and construction support. This project is substantially funded with federal-aid using FHWA HBP funds and Mark Thomas will be providing federal-aid documentation, including coordination with Caltrans LAPM.
BRIDGE ENGINEERING SERVICES FOR BRIDGE
PREVENTATIVE MAINTENANCE PROGRAM, SAN
BUENAVENTURAProject manager and structures lead engineer to develop objective procedures to prioritize its maintenance type projects. Worked with the City to determine maintenance work and ranking of projects using type of repair work, eligibility, impact to traffic, and cost as scoring system employed to prioritize the structures. Work scope included reviewing city bridge inspection reports, performing field inspections, identifying work eligible under the BPMP, preparing cost estimate, preliminary seismic retrofit evaluations of specific bridges, and preparing draft and final BPMP Report.
LA NOVIA BRIDGE WIDENING STUDY,
SAN JUAN CAPISTRANOStructures lead for the preliminary study, performing the structural analysis, preparing the preliminary cost estimate for each phase from planning to construction and identification of funding sources for the replacement of this bridge. The project includes improvements to the existing
La Novia Avenue bridge that spans San Juan Creek. The existing two-lane bridge will be demolished in phases and replaced with a four-lane facility. The new bridge will include a three-span bridge that will be approximately 260 feet long and 84 feet wide. In addition to the four travel lanes, the bridge will also include a pedestrian lane and an equestrian lane that will be physically separated from the travel lanes.
CANNON STREET WIDENING, ORANGEStructural engineer providing professional and technical engineering services to improve the level of service along Cannon Street by widening to provide an additional northbound lane between Santiago Canyon Road and Serrano Avenue. The widening will be along the westerly side of the street and would require the widening of the existing bridge over Santiago Creek. Mark Thomas is leading the environmental clearance, bridge widening, traffic engineering and landscape architecture efforts while providing overall support services for survey, geotechnical, hydrology and hydraulic analysis and right of way engineering.
OC LOOP SEGMENTS O, P, AND Q, ORANGE COUNTYStructures lead for this project to bridge the 2.7-mile gap in the existing Coyote Creek Bikeway to provide safe, off-road bikeway connections west of the beach, north to Santa Fe Springs and east to La Habra. Segment O has grade-separated crossings at Valley View Avenue and Artesia Boulevard; Segment P has grade-separated crossings at Firestone Boulevard, I-5 and the rail tracks; and Segment Q has grade-separated crossings at both rail tracks and Stage Road. It will connect the adjacent neighborhoods to work, school, and regional amenities while providing safe crossings of freeways, waterways, and arterial roadways.
APPENDIX - RESUMES
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage A-2
Pat has 38 years of experience in civil engineering and management with a focus on municipal transportation and other complex capital improvement projects. He brings proven consensus building skills. He is adept at public presentations at City Council, Commission or community outreach meetings. He actively engages third parties, including regulatory agencies, utility companies, Class I and commuter rail and CPUC, coordinating early and often through the project life cycle. These relationships and this approach will lead to project approvals and on-time project delivery. His career also includes 12 years working in the public sector, which provides him with a detailed understanding of governmental and agency processes, project finance and needs analysis, as well as the technical and contractual requirements for the design and construction of civil projects.
REPRESENTATIVE PROJECTS
WASHINGTON STREET BRIDGE WIDENING, LA QUINTADeputy project manager responsible for preliminary and final design services for the widening of Washington Street over the La Quinta Evacuation Channel. Washington Street was widened from two lanes to six lanes, and the bridge construction had to be coordinated around the monsoon season in the desert communities. The project included full environmental services, roadway widening, bridge widening, traffic, retaining walls, sound walls, landscaping, right-of-way, utility coordination, and design surveys.
AVENUE 50 BRIDGE, LA QUINTA Principal in charge responsible for the oversight of professional engineering services to prepare the PS&E for the replacement of existing low-water crossing spanning the La Quinta Evacuation Channel at Avenue 50 with an all-weather access bridge. The existing Avenue 50 low water crossing is frequently inundated and damaged due to flows within the storm water channel during severe winter and summer storms. There are safety and community concerns regarding the frequent closures of the low water crossing, whereby the City determined that a replacement of the low water crossing with a new bridge is the best way to ensure all weather access is maintained for the community.
LA PAZ ROAD MOBILITY IMPROVEMENTS,
LAGUNA NIGUELProject manager for the PA&ED for this project which includes a lane reduction, geotechnical mitigation, Class IV protected bikeways, improvements to traffic flow and pedestrian facilities, and enhancement of landscaping and lighting facilities.
CANNON STREET WIDENING, ORANGEProject manager responsible for the structure design, hydraulic analysis, geotechnical investigation and environmental clearance, and permitting for the widening of Cannon Street between Santiago Canyon Road and Serrano Avenue. This vital project will address the heavy regional traffic during the afternoon peak hours that are bypassing congestion on adjacent freeways. In the southbound direction, pedestrian and bicycle traffic will be pulled off Cannon Street and directed onto a new prefabricated bridge spanning over Santiago Creek.
LOCAL TRANSPORTATION CLIMATE ADOPTION
PROGRAM GRANT APPLICATION, LAGUNA NIGUELSenior engineer responsible for preparation of technical materials and update of overall project cost estimate in support of a grant application that secured $15.5M funding for the City. The grant is based in Climate Resiliency, including slope stabilization and lane reduction from two lanes to one with the inclusion of Class IV bikeways, along Aliso Creek Road to Crown Valley Parkway.
BAKE PARKWAY/JERONIMO ROAD WIDENING, IRVINEProject director responsible for providing oversight for the development of a project report and environmental document for the Bake Parkway/Jeronimo Road intersections improvements projects. Three alternatives were developed as part of the Project Report/Environmental Document (PR/ED) effort. This project requires joint effort between cities of Irvine and Lake Forest. Tasks include preliminary design, project report preparation, preliminary water quality management plan (WQMP), and environmental document support.
PAT SOMERVILLE, PE
PRINCIPAL IN CHARGE
EDUCATIONBS in Civil Engineering, California State University, Long Beach 1993
REGISTRATIONCA PE C56141
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage A-3
JASON HICKEY, SE
QAQC
EDUCATIONBS in Civil Engineering
REGISTRATIONCA PE C72409CA SE S5783
Jason has 21 years of experience in the analysis, design and preparation of PS&E packages for bridge and retaining wall projects. He has been responsible for all aspects of structures project development, from preparing advance planning studies, retrofit strategy reports, and type selection reports during preliminary engineering to the preparation of PS&E production documents to shop drawing reviews and field investigations during construction. Jason’s project experience also includes structure inspections, evaluation of existing and damaged structures, design of repairs and strengthening. These projects have included vehicular bridges, retaining walls, box culverts, concrete and steel storage tanks and water/wastewater treatment structures.
REPRESENTATIVE PROJECTS
ANTONIO PARKWAY BRIDGE AND SANTA MARGARITA
PARKWAY BRIDGE PREVENTIVE MAINTENANCE
PROJECT, RANCHO SANTA MARGARITAProject manager overseeing this project located on Antonio Parkway over Tijeras Creek and Eastbound Santa Margarita Parkway over Arroyo Trabuco Creek, in the City of Rancho Santa Margarita. Scope of services include preliminary engineering, environmental documentation, final design, bid support, and construction support. This project is substantially funded with federal-aid using Federal Highway Administration (FHWA) HBP funds and Mark Thomas will be providing federal-aid documentation, including coordination with Caltrans LAPM.
STANISLAUS COUNTY BRIDGE PREVENTATIVE
MAINTENANCE PROGRAMStructures engineer responsible for development of a BPMP for the County’s inventory of 232 bridges. Scope of work included performing inspections for bridges that may need repairs, developing cost estimates and prioritize maintenance and repairs, and provide design repairs as needed.
JOHN WAYNE AIRPORT LANDSIDE MAINTENANCE
AND REMEDIATION PROJECT, ORANGE COUNTYStructural engineer providing design support for John Wayne Airport (JWA) for the development of design and construction documents for multiple landside projects as part of JWA’s asset management program. Scope of services included the visual inspection, assessment and evaluation of multiple bridge structures, document concerns and/or issues and to provide PS&E for the repair and rehabilitation recommendations.
SAC RT BRIDGE PREVENTATIVE MAINTENANCE
PROGRAM, SACRAMENTOProject manager for the delivery of the BPMP to repair all deficiencies found during the bridge inspections. Maintenance items included repairing of spalled concrete, replacement of bearing pads damaged in a fire, crack repairs, and testing of mechanically stabilized earth walls. This design package included coordination with the environmental consultant to obtain all necessary permits.
BRIDGE PREVENTIVE MAINTENANCE PROGRAM
(BPMP) AND KIEFER BOULEVARD BRIDGE CROSSING
OVER DEER CREEK, SACRAMENTO COUNTYProject manager providing professional engineering and structural engineering services. The BPMP for Sacramento County is a critical effort to extend the lifespan and help ensure the structural integrity of the Kiefer Boulevard bridge and 23 additional bridges throughout the region. This contract focuses on erosion control, guardrail replacement, and deck repairs on Kiefer Boulevard, as well as methacrylate deck treatment across multiple bridges to prevent surface deterioration and maintain safety for the public.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage A-4
JON SAMPSON, SE
STRUCTURES ENGINEER
EDUCATIONBS in Civil Engineering
REGISTRATIONCA PE C46421CA SE S4344
Jon has 40 years of experience in the analysis, design and preparation of PS&E packages for bridge, trail, and retaining wall projects, which includes the design of multiple road bridges, culverts, and trails consisting of concrete, steel, and/or timber following AASHTO design requirements. His project experience includes reviewing design plans and calculations, preparing load ratings and analyzing overloads for bridges. These projects have included bridge designs and retrofits, demolition design, building design, communication tower design, and trails including pedestrian bridges. He has also been inspecting road and trail bridges for the last 13 years following the NBIS. He is a certified NBIS team leader and program manager.
REPRESENTATIVE PROJECTS
CITRUS HEIGHTS ON-CALL BRIDGE PREVENTIVE
MAINTENANCE PROGRAM, CITRUS HEIGHTSProject manager for this on-call contract for various engineering projects involving structural elements, bridge work, retaining walls, and other associated tasks as needed. Scope of work included the design and analysis of retaining walls, culverts, headwalls and foundations, bridge design and/or bridge preventative maintenance, development of BPMP, analysis of Caltrans Bridge Inspection reports, and field inspections of bridges.
BRIDGE PREVENTIVE MAINTENANCE PROGRAM AND
KIEFER BOULEVARD BRIDGE CROSSING OVER DEER
CREEK, SACRAMENTOProject engineer responsible for overseeing the professional engineering and structural engineering services to the County of Sacramento Department of Transportation (County) for their BPMP Project which includes maintenance work on the Kiefer Boulevard bridge crossing Deer Creek as well as methacrylate surface treatments on 23 other bridges throughout Sacramento County. The BPMP is a critical effort to extend the lifespan and help ensure the structural integrity of the Kiefer Boulevard bridge and 23 additional bridges throughout the region. This contract focuses on erosion control, guardrail replacement, and deck repairs on Kiefer Boulevard, as well as methacrylate deck treatment across multiple bridges to prevent surface deterioration and maintain safety for the public.
SACRT BRIDGE PREVENTIVE MAINTENANCE
PROGRAM, SACRAMENTOStructures engineer responsible for preparing plans, specifications and estimates for needed bridge preventive maintenance work on 13 bridges and providing environmental clearance and regulatory permitting to complete this. This is part of the General Engineering Support Services (GESS) Contract for Sacramento Regional Transit District.
BRIDGE MAINTENANCE PROJECT, LINCOLNSenior engineer responsible for the design and development of structure plans as well as project coordination and tracking of the scope, schedule, and budget for the project. The project includes bridge maintenance projects for the City of Lincoln including Lincoln Blvd over Auburn Ravine, Joiner Pkwy over Auburn Ravine, Brentford Cir over Ingram Slough, Twelve Bridges Dr over Orchard Creek and Nelson Ln over Markham Ravine. Maintenance activities include joint seal replacement, deck treatment, spall repair, and column jacketing. The project design includes bridge site inspection, final design, and permitting.
CITY OF LA QUINTABridge Preventative Maintenance Program Plan MARK THOMASPage A-5
RICKY CHAN, PE, TE, PTOE
TRAFFIC ENGINEER
EDUCATIONBS in Civil Engineering
REGISTRATIONCA PE C71389CA TE 2673CA PTOE 3658
Ricky has 25 years of experience in transportation, traffic, and municipal engineering projects. Ricky is highly organized and manages projects using a hands-on style. He maintains close communication with clients and follows-through on tasks leading to project delivery. Ricky has worked on a variety of roadway, bikeway, and traffic related projects as well as site projects. Experience includes roadway geometrics, intersection widening, local street design, utility coordination, traffic engineering including design of signals, signing and striping, and traffic control design, construction inspection of traffic signal systems, and communication systems design, federal funding management, and PS&E projects.
REPRESENTATIVE PROJECTS
SR-60/POTRERO INTERCHANGE, PHASE 2, BEAUMONTSenior project engineer for the completion of the final Plans, Specifications, and Estimates (PS&E) for SR-60/Potrero Blvd Interchange Phase 2. This includes the completion of the technical reports required to deliver the final plans, specifications and estimates for the project. Scope of work includes project management, supplemental surveying, environmental revalidation, and final engineering. Ricky was also responsible for coordinating all design submittals and QA/QC for the project design with the subconsultant teams, California Department of Transportation (Caltrans), City staff, RCTC, and other regulatory agencies.
YORBA LINDA BOULEVARD WIDENING AND SAVI
RANCH PARKWAY WIDENING PROJECTS, YORBA LINDATraffic engineer for traffic signal modifications (6 intersections), signing and striping, and stage construction for the widening of Yorba Linda Boulevard and Savi Ranch Parkway that includes the bridge widening over the Santa Ana River. Scope of work includes PS&E for both as well as leading the efforts on regulatory permitting processes.
JEFFREY/BARRANCA INTERSECTION IMPROVEMENTS,
IRVINETraffic engineer providing engineering services for the preparation of infrastructure PS&E, and contract documents for the construction of the preferred alternative for the Jeffrey/Barranca intersection improvements, adding northbound/southbound defacto right-turn lanes on Jeffrey Road. Once the final design is complete, Mark Thomas will assist in securing approval of construction documents, all plans, specifications, special provisions, cost estimates, permits, and agreements from all applicable entities for the project to advertise, bid, and award a construction contract.
JEFFREY / IRVINE CENTER DRIVE IMPROVEMENTS,,
IRVINETraffic engineer for providing final engineering design services for the proposed traffic signal modification, signing and striping, and stage construction plans for the Jeffrey Road/Irvine Center Drive intersection improvements project.
SAN FERNANDO ROAD IMPROVEMENTS, GLENDALETraffic and signals lighting lead for the City of Glendale’s PS&E project located on San Fernando Road between Elk Avenue and the northerly limit of the City of Glendale at Spazier Avenue. Scope of work included rehabilitation of existing pavement and hardscape, including bicycle facilities, modifications to bus stop locations from near-side to far-side intersections, added raised medians and street beautification features south of Grandview, and included sewer repair north of the Grandview Avenue intersection. This project is a part of the Citywide capital improvement projects (CIP), which contains 365 miles of streets and alleys. This project included approximately two miles of complete streets improvements. The City is investing approximately $457 million in its paved roadway network.
LA PAZ INTERIM PHASE IMPROVEMENTS, LAGUNA
NIGUELProject manager who provided traffic management support along the roadway to restore the circulation network for residents and visitors to the City. Mark Thomas developed the project scope based on ongoing project management support, evaluation of various alternatives, direction from City staff, and the developed traffic control plans deployment. This project required a two-phased approach to manage traffic operations with the first phase to close southbound traffic along La Paz Road between Rancho Niguel Road and the South Orange County Wasteway Authority (SOCWA) Driveway.
INLAND EMPIRE
4200 Concours Street, Suite 330
Ontario, CA 91764
(909) 291-7246
markthomas.com
IRVINE
2121 Alton Parkway, Suite 210
Irvine, CA 92606
(949) 477-9000